SOURCES SOUGHT
Y -- FY13 MCA PN76903 Combat Aviation Brigade Complex, Phase 2, Wheeler Air Force Base, Oahu, Hawaii
- Notice Date
- 3/2/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A12Z0016
- Response Due
- 3/30/2012
- Archive Date
- 5/29/2012
- Point of Contact
- Tristin Suetsugu, 808-438-1235
- E-Mail Address
-
USACE District, Honolulu
(tristin.n.matsuki@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR INVITATION FOR BIDS. This announcement is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the Contractors Central Registration System (CCR), please see www.ccr.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONSTRUCTION CONTRACTORS interested in performing work on a potential $25M-$100M design-build construction solicitation for the FY13 MCA PN76903 Combat Aviation Brigade Complex, Phase 2, Wheeler Air Force Base, Oahu, Hawaii. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: Design-Build standard design barracks to accommodate 404 Soldiers for a Combat Aviation Brigade (CAB) complex at Wheeler Army Airfield (Schofield Barracks), Oahu, Hawaii. Primary facilities include two barracks, Central Plant, building information systems, fire protection and alarm systems, and Energy Monitoring Control Systems (EMCS) connection. Sustainability/Energy measures will be provided. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Responses are requested from only interested PRIME CONSTRUCTION CONTRACTORS. Interested PRIME CONSTRUCTION CONTRACTORS should submit a narrative demonstrating their specific experience in construction of barracks of similar type, size, value and location. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT should include: (1) Your intent to submit a proposal for this project when it is formally advertised. (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number or a copy of your Central Contractor Registration (CCR) information. (4) Size of firm (large or small), to include category of small business if applicable, such as 8(a) small business, Historically Underutilized Business Zone (HUBZone) small business, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Women Owned Small Businesses (WOSB). (5) Firms Bonding Capacity - single and aggregate capability. (6) Contract data sheet stating your recent and relevant experience required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in performing similar projects, submit no more than five (5) past projects for which your firm was the prime construction contractor. In the contract data sheet please indicate if you had the following experiences: The contract data sheet should be no more than two (2) pages per project. a)Have you had previous experience designing and constructing multi-story barracks buildings on contracts equal to or greater than $50 million. b)Have you had previous experience designing and constructing structural and/or seismic upgrades. c)Have you designed/installed fire protection and alarm systems. d)Have you had previous experience designing and installing mass notification systems. e)Have you had previous experience designing and constructing a central plan. f)Have you had previous experience designing and constructing site improvement/utilities. g)Have you designed/constructed any projects that achieved LEED Silver or better in the past 5 years. Note, this contract will not include abatement. Email responses are to be sent via email to tristin.n.matsuki@usace.army.mil no later than Friday, 30 March 2012, 2:00 p.m. Hawaiian Standard Time. Contracting Office Address: USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440 Place of Performance: USACE District, Honolulu Building 230, Fort Shafter HI 96858-5440 US Point of Contact(s): Tristin Suetsugu, 808-438-1235 Jennifer Ko, 808-438-8564
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A12Z0016/listing.html)
- Place of Performance
- Address: USACE District, Honolulu Building 230, Fort Shafter HI
- Zip Code: 96858-5440
- Zip Code: 96858-5440
- Record
- SN02688230-W 20120304/120302235141-7240d810d9e3210f2f21ff1ab41fc97b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |